Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 07, 2018 FBO #6162
SOURCES SOUGHT

J -- Premium Service Agreement for four (4) confocal imaging systems

Notice Date
10/5/2018
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
 
ZIP Code
20892-9559
 
Solicitation Number
HHS-NIH-NIDA-SSSA-19-000001
 
Archive Date
11/4/2018
 
Point of Contact
Andrea TE King, Phone: 3018275245
 
E-Mail Address
andrea.king@nih.gov
(andrea.king@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals or quotes. No award will be made as a result of this notice. The Government will NOT be responsible for any costs incurred by the respondents to this notice. This notice is strictly for research and information purposes only. Background: The National Institutes of Health (NIH) is the nation's leading medical research agency and the primary Federal agency conducting and supporting medical discoveries that improve people's health and save lives. The National Institute of Neurological Disorders and Stroke (NINDS) mission is to seek fundamental knowledge about the brain and nervous system and to use that knowledge to reduce the burden of neurological disease. Specifically, interests cover a broad range of neuroscience research including molecular biophysics, synapses and circuits, neuronal development, integrative neuroscience, brain imaging, neurological disorders and stroke. As such state of the art imaging systems are used to accommodate this mission. It is critical that these instruments; which are utilized by multiple laboratories and clinical programs across the NINDS, stay at peak performance. Purpose and Objectives: The purpose of this requirement is to obtain preventive maintenance services on existing Government-owned laboratory equipment manufactured by Carl Zeiss Microscopy. Project requirements: Model LSM880 S/N 2811000217 Consisting of: 1 each Protect advanced LSM 880 (3 ch.) 1 each Protect advanced Research Microscope mot 1 each Protect Advanced NLO Coupling 1 each Protect advanced 405/440nm CW Laser Model LSM880/Axio Observer 7 S/N 2850000165 Consisting of: 1 each Protect Premium Research Microscope mot 1 each Protect premium LSM 880 (34 Ch.) 1 each Protect premium Airyscan 1 each Protect premium 405/440nm CW laser Model LSM880/Axio Observer Z1 S/N 2811000218 Consisting of: 1 each Protect Premium LSM 880 (3 ch.) 1 each Protect Premium Research Microscope mot 1 each Protect Premium Airyscan 1 each Protect premium NLO Coupling 1 each Protect premium 405/440nm CW Laser Model LSM880 S/N 2802000224 Consisting of: 1 each Protect premium LSM 880 (34 ch.) 1 each Protect Premium Research Microscope mot 1 each Protect premium 405/440nm CW Laser • Contract shall include One (1) preventative maintenance inspection per agreement year. This includes all labor and travel associated with conducting this PM inspection visit. • The contractor shall perform one (1) Preventive Maintenance Inspections during the twelve-month period. Preventive Maintenance will be performed by a Zeiss certified service technician. Service will include installation of hardware upgrades, calibration of the equipment, optimization of alignment for critical components, replacement of wear items, and overall inspection of the instrument to confirm that it is operating at peak efficiency and reliability. • The contractor shall provide phone support from a certified technician within 1 business day and on-site service within 3 business days after it is determined that the problem cannot be resolved through phone support. • Emergency Service: Scheduled and emergency services shall be performed Monday through Friday between the hours of 8:00 a.m. and 5:00 p.m. excluding Federal Holidays: New Year's Day, Martin Luther King, Jr. Day, Memorial Day, July 4th Holiday, Labor Day, Thanksgiving Holiday, Christmas Eve and Christmas Day • Contractor shall cover all travel and associate expenses to perform emergency repairs on site. • Replacement parts: Contractor shall furnish all required Zeiss certified replacement parts at no additional cost to the Government. • Software Updates/Service: Contractor will provide free of charge any revisions to Zeiss software during the Agreement term. • Service Exclusions: Contractor will not be responsible for repairs necessitated by user misuse or error, repairs required due to operator negligence, replacement of accessories and consumables, or problems associated with environmental conditions. • Personnel Qualifications: The contractor will be responsible for ensuring that the personnel assigned for service have the technical competence required to complete the service within a reasonable time and retain the highest professional expertise through on-going Zeiss refresh trainings and Zeiss manufacturer technical courses. • LEVEL OF EFFORT: All Field Service Engineers shall have completed the required training and be certified by the manufacturer. Contractor shall produce copies of these certificates for the field personnel that service the National Institutes of Health for verification of eligibility to perform this service. Anticipated period of performance: Base Year: 12/01/2018-11/30/2019 Option Year 1: 12/01/2019-11/30/2020 Option Year 2: 12/01/2020-11/30/2021 Option Year 3: 12/01/2021-11/30/2022 Option Year 4: 12/01/2022-11/30/2023 Other important considerations: The purpose of this requirement is to obtain preventive maintenance services on existing Government-owned laboratory equipment manufactured by Carl Zeiss Microscopy. The contractor shall be an Original Equipment Manufacturer (OEM) Authorized Service Provider of the Carl Zeiss Microscopy LSM880, and all services shall be performed by OEM certified factory-trained technicians using genuine OEM parts. Capability statement /information sought. The respondent must also provide their DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HubZone, etc., pursuant to the applicable NAICS code and any other information that may be helpful in developing or finalizing the acquisition requirements. One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2" x 11" paper size, with 1" top, bottom, left and right margins, and with single or double spacing. The information submitted must be must be in and outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein. A cover page and an executive summary may be included but is not required. The response is limited to ten (10) page limit. The 10-page limit does not include the cover page, executive summary, or references, if requested. The response must include the respondents' technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. All responses to this notice must be submitted electronically to the Contract Specialist and Contracting Officer. Facsimile responses are NOT accepted. The response must be submitted to Andrea King - Contract Specialist at e-mail address andrea.king@nih.gov. The response must be received on or before October 20, 2018 at 5PM Eastern Time. "Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a presolicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s)."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-19-000001/listing.html)
 
Record
SN05117343-W 20181007/181005230445-a5c45d1bd0e77af16d163e5000c96869 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.